Download Tender for Equipments for Biochemistry / Microbiology Clinical Labs

Transcript
Page 1 of 30
Tender Enquiry No.:- F.No.24/EQPT/18/2013-RIS(Admin
Cost-
Rs.1000
VATRs.135
Total Cost –Rs.1135
TENDER NOTICE
CLINICAL LAB EQUIPMENTS FOR BIO-CHEMISTRY & MICROBIOLOGY
DEPATMENT
Date: 19 July, 2013
On behalf of the Director, All India Institute of Medical Sciences, Rishikesh
tenders in sealed cover are invited under two-bid system from manufacture and
their authorised dealers/ distributors for providing for Equipments for Orthopaedics
Department AIIMS Rishikesh.
The interested manufactures and their authorised dealers/ distributors are
required to submit the technical and financial bid separately. The bids in Sealed
Cover-I containing “Technical Bid” and Sealed Cover-II containing “Financial Bid”
should be placed in a third sealed cover super scribed “Tender For Clinical Lab
Equipments” and should reach at the office of “The Administrative Officer,
AIIMS, Virbhadra, Marg Rishikesh (Dehradun) - 249201, by or before on
03.00 PM on 12-08-2013. The bid received after due date and time will not be
entertained whatsoever may be the reason. The technical bids shall be opened on
the next day i.e 13-08-2013 at 03.00 PM at AIIMS, Rishikesh. In the event of
any of the above mentioned date being declared as a holiday / closed day, the
tenders will be opened on the next working day at the appointed time. The date of
technical evaluation of items and opening of financial bid of technically qualified
agencies will be announced later.
The tender document containing technical bid form, financial bid form,
technical description/specification & item and terms & conditions can be purchased
from AIIMS, Rishikesh from 22-07-2013 to 12-08-2013 between 10.00 AM and
02.00 PM on non-refundable payment of Rs.1135.00 (Rupees one thousand one
hundred
thirty
five
only)
or
can
be
downloaded
from
website
www.aiimsrishikesh.edu.in. Those who download the tender document from
website should enclose Demand Draft/Pay Order for Rs.1135.00 (Rupees one
thousand one hundred thirty five only) (non-refundable) in favour of “AIIMS,
Rishikesh”, payable at Rishikesh, not later the date of 11-08-2013 along with
their technical bid in the Cover-I “Technical Bid”. The amount of bid security (EMD)
for Tender For Clinical Lab Equipments as given in table-1 of tender documents
should be paid by FD/BG/TD/CD in favour of “AIIMS, Rishikesh” payable at
Rishikesh and will be placed in cover-1 with technical bid. The Tender Documents
are not transferable.
Any future clarification and/or corrigendum(s) shall be communicated
through
Administrative
Officer
on
the
AIIMS,
Rishikesh
website:
www.aiimsrishikesh.edu.in.
Rakesh Kumar
Administrative Officer
AIIMS, Rishikesh
Sign of bidder
Page 2 of 30
Tender Enquiry No. F.No 24/Eqpt/18/2013-RIS (Admin)
TENDER DOCUMENT
“For CLINICAL LAB EQUIPMENTS”
AIIMS, Rishikesh
TECHNICAL BID
(In separate sealed Cover-I super scribed as “Technical Bid”)
1. Name & Address of the
manufacture and their authorised dealers/
distributors/Agency
with
phone
number,
email,
name
and
telephone/mobile
2. Specify your firm/company is a manufactures/ authorised dealer/
distributor/ Agency
3. Name, Address & designation of the authorized person (Sole
proprietor/partner /Director)
4. Have you previously supplied these items to any government/ reputed
private organization? If yes, attach the relevant poof. Please provide a
notarised affidavit on Indian Non Judicial stamp paper of Rs. 10/- that you
have not quoted the price higher than previously supplied to any
government Institute/Organisation/reputed Private Organisation or DGS&D
rate in recent past. If you don’t fulfil this criteria, your tender will be
out rightly rejected.
5. Please attach copy of last of Income Tax Return
6. Please attach balance sheet (duly certified by Chartered Accountant) for
last three (3) years
(Annual minimum turnover should not be less than 25 lakhs)
7. PAN No. (Please attach copy)
8. VAT/Service Tax Registration Number. (Please attach copy)
9. Acceptance of terms & conditions attached (Yes/No). Please sign each
page of terms and conditions as token of acceptance and submit as part of
tender document with technical bid. Otherwise your tender will be
rejected.
10. Power of Attorney/authorization for signing the bid documents
11. Please submit a notarised affidavit on Indian Non judicial stamp paper of
Rs. 10/- that no case is pending with the police against the
Proprietor/firm/partner or the Company (Agency). Indicate any convictions
in the past against the Company/firm/partner. Please also declare that
proprietor/firm has never been black listed by any organization.
12. Please submit a notarised affidavit on Indian Non Judicial Stamp Paper of
Rs.10/- that they will provide complete warranty for all equipments for 2
(two) years & CMC for 5 (five) years of these equipments.
13. Please furnished a notarised affidavit on Indian Non judicial stamp paper
of Rs.10/- that they will supply spare parts for next 10 years at reasonable
price.
14. Details of the FD/BG/TD/CD of bid security (EMD)
FD/BG/TD/CD No:
Date:
Payable at-
Detail of cost of
Tender for Rs.
1135/- (if
downloaded from
website)
DD No.
Date:
Payable at-
Sign of bidder
Page 3 of 30
Declaration by the Tenderer:
This is to certify that I/We before signing this tender have read and fully understood
all the terms and conditions contained herein and undertake myself/ourselves to abide by
them.
Encls: 1. DD/Pay Order (if tender form is downloaded from the website of this Institute)
2. FD/BG/TD/CD
3. Terms & Conditions (each page must be signed and sealed)
4. Financial Bid
(Signature of Tenderer with seal)
Place:………………………………
Date:…………………………………
Name:
Address :
Sign of bidder
Page 4 of 30
Tender Enquiry No.:- F.No 24/Eqpt/18/2013-RIS (Admin)
“For CLINICAL LAB EQUIPMENTS”
AIIMS, Rishikesh
FINANCIAL BID
(In sealed Cover-II super scribed “Financial Bid”)
To,
Administrative Officer
AIIMS Rishikesh, Virbhadra Marg
Rishikesh (Dehradun)
Dear Sir,
Our quoted rate for supplying the Equipment at Sl. No….. ” at AIIMS, Rishikesh will
be as follows.
Name of Equipment
Unit Price ( In Rs.)
With 2 years warranty
(if applicable)
(In figure)
( In words)
Unit Price ( In Rs.)
CMC for 5 years ( In Rs.)
(if applicable)
(In figure)
( In words)
Fully Automated
Clinical Chemistry
Analyzer with UPS and
Analytical grade water
plant
Electrolyte Analyzer
with UPS
Blood Gas Cum
Electrolyte Analyzer
with UPS
Water Bath shaker
Sign of bidder
Page 5 of 30
Tender Enquiry No.:- F.No 24/Eqpt/18/2013-RIS (Admin)
Hot air Oven
Centrifuge Machine
Semi Automatic
Analyzer with UPS
Binocular Microscope
Autoclaves
Universal Incubator
BOD Incubator (Water
baths)
Sign of bidder
Page 6 of 30
Tender Enquiry No.:- F.No 24/Eqpt/18/2013-RIS (Admin)
Analytical Balance
Safety Cabinet
Laminar flow
ELISA reader with
washer
Imported Upright 20o C Freezer
High speed centrifuge
The unit cost should be mentioned as per table 1.The above quote should include
all applicable taxes and F.O.R. AIIMS, Rishikesh. L1 will be decided on the basis of
unit cost of individual equipment.
Sign of bidder
Page 7 of 30
Tender Enquiry No.:- F.No 24/Eqpt/18/2013-RIS (Admin)
Declaration by the Bidder:
1. This is to certify that I/We before signing this tender have read and fully
understood all the terms and conditions contained in Tender document
regarding terms & condition of the contract, rules regarding purchase of
equipment for Clinical Lab Equipment for Bio Chemistry & Microbiology
department. I/we agree to abide them.
2. No other charges would be payable by Client and there would be no
increase in rates during the Contract period.
Place:…………………………………
Date:…………………………………
Name:
Seal:
Address
(Signature of Bidder with seal)
Tender Sl.No:
Sign of issuing Authority
Sign of bidder
Page 8 of 30
Tender Enquiry No. F.No 24/Eqpt/18/2013-RIS (Admin)
Terms & Conditions
(A)
Information and Conditions relating to Submission of Bids
1.
The tender document containing eligibility criteria, scope of work, terms &
conditions and draft agreement can be purchased from AIIMS, Rishikesh on any
working day from 22-07-2013 to 12-08-2013 between 10.00 AM to 02.00 PM on
payment of non refundable charges of Rs 1135/- (Rupees one thousand one
hundred
thirty
five
only)
or
can
be
downloaded
from
website
www.aiimsrishikesh.edu.in.
Those who download the tender document from
Website should enclose a Demand Draft/Pay Order for Rs 1135/-(Rupees one
thousand one hundred thirty five only) in favour of “AIIMS, Rishikesh”, payable
at Rishikesh, not later the date of 11-08-2013, along with their bid in the Cover-I
containing “Technical Bid”.
2.
The interested firms/suppliers are required to submit the Technical and
Financial Bids separately in the format enclosed. The bids in sealed Cover-I
containing “Technical Bid” and sealed Cover-II containing “Financial Bid” should
be placed in a third sealed cover super scribed “Tender for Purchase of
equipment for Clinical Lab of Bio-Chemistry & Microbiology Department”
should reach AIIMS, Rishikesh by or before 03.00 PM on 12-08-2013. The Technical
bids shall be opened on next day i.e 13-08-2013 at 11.00 AM at AIIMS,
Rishikesh in presence of the bidders or their authorized representatives who choose
to remain present. The Tender received after due date & time will be rejected and
no claim shall be entertained whatsoever may be the reason.
3.
The pre bid conference would be held on 05-08-2013 at 03.00 PM in the
office of Dy Director (Administration), AIIMS, Rishikesh. All firms representative
who are attending the pre bid meeting, shall produce an authorisation letter from
their firm on the firm’s letter head. They are required to put their query in writing
before the committee.
4.
All the duly filled/completed pages of the tender should be given serial /page
number on each page and signed by the owner of the firm or his Authorized
signatory. In case the tenders are signed by the Authorized signatory, a copy of
the power of attorney/authorization may be enclosed along with tender. A copy of
the terms & conditions shall be signed on each page and submitted with the
technical bid as token of acceptance of terms & conditions. Tender with unsigned
pages/incomplete/partial/part of tender if submitted will be rejected out rightly.
5.
All entries in the tender form should be legible and filled clearly. If the space
for furnishing information is insufficient, a separate sheet duly signed by the
authorized signatory may be attached. No overwriting or cutting is permitted in the
Technical Bid as well as Financial Bid unless authenticated by full signature of
bidder. Any omission in filling the columns of Financial Bid form (Schedule of Rates)
shall debar a tender from being considered. Rates should be filed up carefully by
the tenderer. All Corrections in this schedule must be duly attested by full signature
of the tenderers. The corrections made by using fluid and overwriting will not be
accepted and tender would be rejected.
Sign of bidder
Page 9 of 30
Tender Enquiry No.:- F.No 24/Eqpt/18/2013-RIS (Admin)
6.
The bidder shall pay the respective amount of Bid Security (EMD) as
mentioned in table-I along with the Technical Bid by Demand FD/BG/TD/CD in
favour of “AIIMS, Rishikesh” drawn on any Nationalized Bank/ Scheduled Bank and
payable at Rishikesh and must be valid for (6) six month. Bids received without
Earnest Money deposit (EMD) shall stand rejected and thus shall not be considered
for evaluation etc at any stage. The original EMD will be put in cover-I containing
Technical bid.
a) The Public Sector
Undertaking of
the Central/State
Govt.
are
exempted from furnishing Earnest Money along with tender.
b) The firms Registered with DGS & D/SSI and any approved source of
Centre/States Govt. are not exempted from furnishing Earnest Money
in so far as this institute is concerned.
c)
Earnest Money deposited with AIIMS, Rishikesh in connection with any
other tender enquiry even if for same/similar material / Stores by the
tenderer will not be considered against this tender.
7.
The bid security (EMD) without interest shall be returned to the unsuccessful
bidders after finalization of contract.
8.
The successful bidders has to constitute a contract on Indian non judicial
stamp paper of Rs.100/- (Rupees one hundred only) and also required to furnish
the security deposit @ 10% of contract value in the form of FD/BG/TD/CD of any
nationalised bank in favour of AIIMS, Rishikesh & payable at Rishikesh only. The
EMD deposited by successful bidder may be adjusted towards Security Deposit as
demanded above. If the successful bidder fails to furnish the full security deposit or
difference amount between Security Deposit and EMD within 15 (fifteen) days after
the issue of Letter of Award of Work, his bid security (EMD) shall be forfeited unless
time extension has been granted by AIIMS, Rishikesh.
9.
The EMD shall be forfeited if successful bidder fails to supply the
goods/equipment in stipulated time or fails to comply with any of the terms &
conditions of the contract or fail to sign the contract.
10.
The bid shall be valid and open for acceptance of the competent authority for
a period of 180 (one hundred eighty) days from the date of opening of the tenders
and no request for any variation in quoted rates and / withdrawal of tender on any
ground by bidders shall be entertained.
11.
To assist in the analysis, evaluation and computation of the bids, the
Competent Authority, may ask bidders individually for clarification of their bids. The
request for clarification and the response shall be in writing but no change in the
price or substance of the bid offered shall be permitted.
12.
After evaluation, the work shall be awarded normally to the Agency fulfilling
all the conditions and who has quoted the lowest rate as per financial bid after
complying with the all the Acts / provisions stated / referred to for adherence in the
tender.
Sign of bidder
Page 10 of 30
Tender Enquiry No.:- F.No 24/Eqpt/18/2013-RIS (Admin)
13.
The competent authority of AIIMS, Rishikesh reserved all rights to accept or
reject any/ all tender(s) without assigning any reason. It can also impose/relax any
term and condition of the tender enquiry after due discussion in pre bid conference.
This will be communicated to all tenderers in writing. AIIMS, Rishikesh also
reserves the right to reject any bid which in his opinion is non-responsive or
violating any of the conditions/specifications without any liability to any loss
whatsoever it may cause to the bidder in the process.
14.
Tender must be submitted on the prescribed Tender Form otherwise tender
will be cancelled straightway.
15.
The tender form is not transferable.
16.
Canvassing in any form is strictly prohibited and the tenderer who are found
canvassing are liable to have their tenders rejected out rightly.
(B)
OTHER TERMS & CONDITIONS OF THE TENDER
1.
Rates quoted should be inclusive of all applicable taxes, packing, forwarding,
postage and transportation charges at FOR AIIMS Rishikesh.
2.
All the rates should be mention in Indian national currency (INR) only. The
rates quoted in foreign currency will not be entertained in this tender enquiry &
such tenders will be cancelled straightway.
3.
Rates should be mentioned both in figures and in words. The offer should be
typed or written in Ink Pen/ Ball Pen without any correction. Offers in pencil will be
cancelled. Telegraphic/ Telex/ Fax offers will not be considered and cancelled
straightway.
4.
The supplier shall submit a notarised affidavit on Indian Non Judicial Stamp
Paper of Rs.10/- that you have not quoted the price higher than previously supplied
to any government Institute/Organisation/reputed Private Organisation or DGS&D
rate in recent past. Therefore, if at any stage it has been found that the supplier
has quoted lower rates than those quoted in this tender, the Institute (the
purchaser) would be given the benefit of lower rates by the Supplier. If such
affidavit is not submitted, tender will be out rightly rejected.,
5.
If the price of the contracted articles is/ are controlled by the Government, in
no circumstances the payment will be higher than the controlled rate.
6.
Tender will be regarded as constituting an offer open to acceptance in whole
or in part at the discretion of the competent authority of the institute for a period of
180 days (6 months) valid from the date of opening of the tender by the
committee.
7.
The time for the date of delivery/ dispatch stipulated in supply order shall be
deemed to be essence of the contract and if the supplier fails to deliver or dispatch
any consignment within the period prescribed for such delivery or dispatch in the
supply order, liquidated damages may be deducted from the bill @ 0.5% per week
subject to maximum of 10% of the value of the delayed goods or services under
Sign of bidder
Page 11 of 30
Tender Enquiry No.:- F.No 24/Eqpt/18/2013-RIS (Admin)
the contract. The competent authority of the institute may also cancel the supply.
In such a case, bid security of the supplier shall stand forfeited.
8.
In case the quality of goods supplied are not in conformity with the standard
given in tender and as per the samples supplied or the supplies are found defective
at any stage these goods shall immediately will be taken back by the supplier and
will be replaced with the tender quality goods, without any delay. The competent
authority reserves all rights to reject the goods if the same are not found in
accordance with the required description / specifications and liquidates damages
shall be charged.
9. In case the tenderer on whom the supply order has been placed, fails to made
supplies within the delivery schedule and the purchaser has to resort risk purchase,
the purchaser (AIIMS, Rishikesh) may recover from the tender the difference
between the cost calculated on the basis of risk purchase price and that calculated
on the basis of rates quoted by tenderer. In case of repeated failure in supplying
the order goods the supply order may be cancelled and bid security deposit will be
forfeited.
10.
The Specification and quantity of the item needed is mentioned in Table I
but it is approximate detail and is subject to increase/decrease at the discretion of
the competent authority of AIIMS, Rishikesh. The payment would be made for
actual supply taken and no claim in this regard should be entertained.
11.
Where the specifications are as per tenderer’s range of product & tenderer’s
offer should mention that the item meets all specifications as per the tender
enquiry and if there are improvements/deviations the same should be brought out
on separate Letter Head of the firm. It would be discretion of the competent
authority of the institute to accept or reject such deviations which are not in
accordance with our required specifications as per given in Annexure-I.
12. It must be mentioned clearly whether tenderer is a manufacturer/sole
distributor/sole agent for the items for which he is quoting.
a. Manufacturer must add a certificate that item(s) is manufactured by
them as per range of products.
b. Sole Manufacturers must add a certificate that they are the sole
manufacturer of the Item for which they are quoting in this tender
enquiry & item is /are their proprietary Item in India. The rate
certificate is also required from the sole manufactures that the Rates
quoted are the same as they quote to other State/Centre
Govt./reputed Private Organisation and DGS&D rate for the similar
item(s) and these are not higher than those quoted by them.
c. Authorized agents must add authority letter from their
Manufacturer/Principals
on
the
letter
head
of
the
manufacturer/principals in proforma given in Annexure-II duly
supported by a notarised affidavit on Indian Non Judicial Stamp Paper
of Rs.10/- (Rupees ten only) that they are quoting Rates on behalf of
them. The authorization letter must give/mention the purpose for
Sign of bidder
Page 12 of 30
Tender Enquiry No.:- F.No 24/Eqpt/18/2013-RIS (Admin)
which it is allowed. The validity period of the authorization letter must
be mentioned in the authority letter otherwise tender will be liable to
rejection.
13.
The Tenderers should furnished a copy of S.T. /C.S.T./VAT registration
number, the State / U.T. of registration and the date of such registration.
Tenders not complying with this condition will be rejected.
14.
The tenderers should submit along with the tender, a photostat copy of the
last Income Tax return and copy of current valid income tax clearance certificate
(IT CC) otherwise tender may be ignored.
15.
In case asked, tenderer must personally supply a sample/give the
demonstration of the equipments/Instruments to the competent authority of the
institute and in that case all the expenses will be borne by the supplier.
16.
Full description & specifications, make/brand and name of the manufacturing
firm must be clearly mentioned in the tender failing which the tender will not be
considered. The tenderer must also mention whether the goods are imported /
indigenous. Descriptive literature /catalogues must be attached with the tender in
original failing which tender may be ignored.
17.
Any failure or omission to carryout of the provisions of this supply by the
supplier shall not give rise to any claim by supplier and purchaser one against the
other, if such failure or omission arise from an act of God which shall include all
acts of natural calamities from civil strikes compliance with any status and or
requisitions of the Government lockout and Strikes, riots, embargoes or from any
political or other reasons beyond the suppliers control including war (whether
declared or not) civil war or state of incarceration provided that notice of the
occurrence of any event by either party to the other shall be within two weeks from
the date of occurrence of such an event which could be attributed to force majeure.
18.
The Courts at Rishikesh/ Dehradun alone and no other Court will have the
jurisdiction to try the matter, dispute or reference between the parties arising out
of this tender/supply Order/contract.
19.
Tenderer will have to provide complete warranty for all equipments for 2
(two) years & CMC for 5 (five) years of these equipments. Financial bid should be
quoted accordingly. In this regard, the tenderer shall submit a notarised affidavit
on Indian Non Judicial Stamp Paper of Rs.10/- that they will provide complete
warranty for all equipments for 2 (two) years & CMC for 5 (five) years of these
equipments.
20.
If at any time, any question, dispute or difference whatever shall arise
between supplier and the institute (Purchaser) upon or in relation to or in
connection with the agreement, either of the parties may give to the other notice in
writing of the existence of such a question, dispute or difference and the same shall
be referred to two arbitrators one to be nominated by the institute (Purchaser) and
the other to be nominated by the supplier. Such a notice of the existence of any
question dispute or difference in connection with the agreement shall be served by
either party within 60 days of the beginning of such dispute failing which all Right
sand claims under this Agreement shall be deemed to have been forfeited and
Sign of bidder
Page 13 of 30
Tender Enquiry No.:- F.No 24/Eqpt/18/2013-RIS (Admin)
absolutely barred. Before proceeding with the reference the arbitrators shall
appoint/nominate an umpire. In the event of the arbitrators not agreeing in their
award the Umpire Appointed by them shall enter upon the reference and his award
shall be binding on the Parties. The venue of the arbitration shall be at Rishikesh,
(Uttarakhand, India). The arbitrators/Umpire shall give reasoned award.
21.
Tenderer should ensure and give an affidavit on Indian Non Judicial stamp
paper of Rs.10/- with technical bid that spare parts and consumables for these
equipments/instruments will be available and rates will be reasonable for next 10
(ten) years.
I / We hereby accept the terms and Conditions given in the tender
---------------------------------------------(Signature & Stamp of the bidder)
Note- Please sign each page of document including terms & conditions & tender
Sign of bidder
Page 14 of 30
Tender Enquiry No. F.No 24/Eqpt/18/2013-RIS (Admin)
Table 1
Details of items & their tentative quantity and EMD
Tender
Inquiry no.
Name of the items required for
purchase
Quantity
required
1.
Fully Automated Clinical
Chemistry Analyzer with UPS
and Analytical grade water
plant
Electrolyte Analyzer with UPS
01
70000.00
01
10000.00
01
15000.00
4.
Blood Gas Cum Electrolyte
Analyzer with UPS
Water Bath shaker
02
5000.00
5.
Hot air Oven
03
3000.00
6.
Centrifuge Machine
02
9200.00
7.
01
10000.00
8
Semi Automatic Analyzer with
UPS
Binocular Microscope
07
7250.00
9.
Autoclaves
01
5000.00
10.
Universal Incubator
01
4500.00
11.
BOD Incubator (Water baths)
01
14000.00
12.
Analytical Balance
01
750.00
13.
Safety Cabinet
01
6500.00
14.
Laminar flow
01
4000.00
15.
ELISA reader with washer
01
17000.00
16.
Imported Upright -20o C
Freezer
High speed centrifuge
01
8000.00
01
5600.00
2.
3.
17.
Earnest
Money
(In Rs.)
Sign of bidder
Page 15 of 30
Tender Enquiry No. F.No 24/Eqpt/18/2013-RIS (Admin)
Specification of Fully Automated Clinical chemistry Analyzer
1
2
§
§
CAPACITY:
§
§
§
§
§
§
3
§
§
§
§
§
·
·
·
·
·
It should have large Menu.
It should have capability to perform a minimum of 40 parameters at a time.
It should have continuous random access to loading and unloading reagents.
It should have compact, integrated reagent pack with all the components.
All the reagents should be ready to use to prevent any error during working reagent
preparation.
· It should have inbuilt inventory management system by tracking all the reagents and
supplies automatically.
Should have reagent monitoring facility with messages for replacement / refill and real
time display of the reagent level.
Calibration and quality control:
§
§
§
6
It should have the capacity to accept various type of primary, secondary tubes and
micro sample cups for sampling purposes at all position.
It should have capability to access to the samples during operations.
It should have the facility for clot detection, bubble detection, check viscosity, sample
level and short samples to ensure accuracy preventing erroneous results due to
improper samples.
It should have minimum sample requirement of 10-20 ul.
It should have disposable tip for sampling system to overcome the carryover and or
cross contamination problem.
It should have facility of auto re-run, auto dilution of sample facility, skipping of dirty
cuvettes
Reagent Management:
·
5
It should have Continuous sample loading capacity of min.40 samples.
It should accommodate multiple sample tube sizes/sample cups.
It should have barcode reader is to read multiple barcode types.
It should have the capability to do the assay in continuous, random, batch and
stat mode.
It should have dedicated stat positions to do stat testing.
It should have facility to do tests. On various body fluids like serum, plasma,
urine and other body fluids.
Sample Handling:
§
4
It should be fully Automated, Random access, Open Biochemistry Analyzer.
It should have minimum through put of 600 tests per hour.
It should have long calibration stability, a minimum of 3 months.
It should have multiple lot calibration capabilities and calibration curve transition
facility.
It should have QC package system to monitor the quality of result obtained. It should
make Levy Jenning plots and follows west guard rule.
Data Management:
§
§
§
§
§
It should have the self diagnosis and error recovery system with on board operator
guides for efficient trouble shooting purpose.
Patient results should be available both either test wise/patient wise.
It should be compatible to the laboratory information system for on-line
computerization of patients reports and it should have the patient data storage facility
for a min. of 5000 reports.
It should give on line status for worksheet, samples, reagents, tips, quality controls.
Laser jet printer and computer should be installed with the required software for
Sign of bidder
Page 16 of 30
smooth printing of patient results.
7
WASTE MANAGEMENT:
§
8
Terms and conditions
§
§
§
9.
It has the facility to collect both liquid and solid waste for better disposal.
It should have onsite warranty of three year after the successful installation followed by
5 year CMC.
Free onsite training to Doctors and Technicians should be provided.
Should provide service experts within 24 hours of complain.
UPS and Analytical grade water supply: should be provided for proper functioning
1. Instrument Company should be marketing and functioning since past 5 years
2. The manufacturer / supplier should have a full-fledged service force and installation
base for the quoted equipment.
3. The manufacturer should be able to supply kits against orders on time.
2.Specification of Electrolyte Analyzer
1. Microprocessor controlled electrolyte analyzer with the measured parameter of Na+, k+ ,ca++
and upgradable to CL /Li in the same machine without changing solution pack.
2. It should be based on “ISE Technology.
3. Sample type-serum, whole blood, urine, dialsate, aqueous, QC and plasma.
4. Sample volume should be less than or equal to 100ul.
5. Analyzing time-less than 60 seconds/test. sample throughout 50-60samples/hour.
6. FDA,CE,CSA Approved.
7. Should have fully automatic calibration of all parameters and reagent should be in a single pack
for all parameter.
8. Maintenance free electrodes with long warranty.
9. Should have data display on built in LCD display screen.
10. Data printout on fast low noise thermal printer.
11. Should have fully visible measuring chamber.
12. Should have only two functional keys operation of(yes/no).
13. Built in program stand by mode facility for economical operations.
14. Should have report printout in fast, low noise thermal printer and facility to interface with
computer an external printer.
15. QC data and calibration results.
16. Should have automatic flagging of abnormal result.
17. Should have stand by mode facility for economica operations.
18. Should have built in voltage stabilizer for the voltage range form 100-240 VAC/50Hz..
19. Should be able to run on 240V -50Hz, 1M, Amp Max.
20. UPS should be provided for proper functioning
1. Instrument Company should be marketing and functioning since past 5 years
2. The manufacturer / supplier should have a full-fledged service force and installation
base for the quoted equipment.
3. The manufacturer should be able to supply kits against orders on time.
Sign of bidder
Page 17 of 30
Tender Enquiry No. F.No 24/Eqpt/18/2013-RIS (Admin)
3.Blood Gas Cum Electrolyte Analyzer Specifications
1. Fully automatic, upgradeable fast and latest blood gas and electrolyte combi analyzer.
2. Simultaneously measured following parameters: pH, pCO2, pO2, SO2 ,tHb, Na+, k+, Ca++,
Cl- and Hematocrit (HCT) in one single machine with one single aspiration of blood
sample.
3. Calculated parameters which includes BE, BEecf, BB, HCO3-, Tco2, stHCO3,stpH, ctO2, aH+,
AaDO2, MCHC, Anion Gap with COHb & MetHb flagging.
4. Sample volumes -95 micro lit max.
5. Sample throughout- 30 samples/hour
6. Fast analysis time-maximum 50 sec to results
7. Maintenance free electrodes with individual electrodes ON/OFF facility.
8. Should not require Electrodes Membranes.
9. Should not be cartridge based.
10. Fully automatic liquid calibration of all parameters at user-defined intervals without the
use of gas equilibrated reagents, external gases, tanks & regulators. Reagents should
be in separate bottle which can be indibidually replaceable(not one pack system)
11. Continuous reagent level monitoring with graphic display.
12. Automatic sample device recognition.
13. Upgradeability for auto QC.
14. Data display on well illuminated 5” LCD color touch screen display
15. Data printout on in built graphic printer
16. Storage facility of measured data in case of power failure.
17. Built in data storage facility for at least 25,000 patient results
18. Built in barcode reader
19. Built in optional Auto QC facility
20. RS 232 interface facility
21. Built in voltage stabilizer for the range of 100 – 240 V/ 50 Hz with 601-1 compliance
22. Should be FDA/TUV/CE approved.
23. Should be true liquid calibration and no gas required.
24. System should not use cartridge based technology.
25. UPS should be provided for proper functioning
1.
2.
Instrument Company should be marketing and functioning since past 5 years
The manufacturer / supplier should have a full-fledged service force and installation
base for the quoted equipment.
Sign of bidder
Page 18 of 30
Tender Enquiry No. F.No 24/Eqpt/18/2013-RIS (Admin)
3.
The manufacturer should be able to supply kits against orders on time.
4.
Constant Temperature Water Bath
1. Double walled in construction.
2. Inner chamber and lid made of Stainless Steel. Outer chamber made of Mild steel with
powder coating
3. The gap between the chambers filled with high grade glass wool to minimize the heat
loss.
4. Temperature range from ambient to 100oC and temperature controlled by digital temp.
Indicator cum controller with an accuracy of + 0.5oC.
5. A high speed stirrer with a motor of 1/20 HP is fitted to the unit for continuous stirring
and this can maintain a uniform heating throughout the chamber.
6. The heating mechanism comprises of set of heaters pertaining to fast heating to operate
230 volts AC only.
7. Designed for immersion equipments and for external circulation to maintain constant
temperature.
8. To operated 230 Volts AC only
1. Instrument Company should be marketing and functioning since past 5 years
2. The manufacturer / supplier should have a full-fledged service force and installation
base for the quoted equipment.
3. The manufacturer should be able to supply kits against orders on time.
5. Hot air Oven
1.
2.
3.
4.
5.
6.
7.
8.
Digital Controls with Stainless Steel Inside
Heat Circulation : Horizontal Fan Assisted
No. of Shelf’s : 2 Stainless Steel Shelves (Detachable)
Maximum Temperature : Ambient to 250 °C
Least Count : 1 °C
Accuracy : + 2 °C
Heater Capacity : 750 watt x 2 Heaters = 1500 Watt
Electric Supply: 220 + 10%Volt. 50 Hz Single Phases. AC.
1. Instrument Company should be marketing and functioning since past 5 years
2. The manufacturer / supplier should have a full-fledged service force and installation
base for the quoted equipment.
3. The manufacturer should be able to supply kits against orders on time.
6. Centrifuge machine:
1. Bench Top Centrifuge Machine using brush less system. The body made of CRC sheet,
finished in power coating.
2. Fitted with digital speedometer, Digital timer of range 0-59 minutes and variable speed
regulator thru rheostat for long life.
3. Maximum speed 3000 r.p.m. (Without load) and 2850 rpm on load.
4.Supply is completed with 8x15ml Swing out head, dust cover, instruction manual, 2 spare
fuses, cord & plug to work on 220 volts 50 HZ A.C.
Sign of bidder
Page 19 of 30
Tender Enquiry No. F.No 24/Eqpt/18/2013-RIS (Admin)
1. Instrument Company should be marketing and functioning since past 5 years
2. The manufacturer / supplier should have a full-fledged service force and installation
base for the quoted equipment.
3. The manufacturer should be able to supply kits against orders on time.
7. Semi automatic analyzer with UPS:
Absorbance, Kinetic, Fixed time, End point, Bichromatic,
Endpoint with sample blank, with standard or K factor.
Analysis Mode
It should be microprocessor controlled, programmable, semi auto
analyser to perform routine biochemistry tests with Multistandard
curve calibration & memorisation etc.
Light Source
Halogen Lamp
Filter Type
Interference Filter.
7-Filters-340, 405, 500, 546, 578, 620, 670 nm with an accuracy
Wavelength
of + 2nm band width and 10nm band width. One free position for
optional filter
Photometer Accuracy
0.006A, from 0.0 to 1.5A
Clock
It should have built –in real time clock.
Resolution
0.001
Optional Measurement
Silicon photodiode.
Flow Cell / Cuvettes
Supports Flow cell as well as cuvettes.
Aspiration Mode
Automatic by Peristaltic Pump.
1. Peltier Element
Temperature Control
Temperature
Display
User Interface
Printer
Programme Memory
25, 30, 37 oC, ambient
LCD (640 x 240 pixels, 256 colors)
Key board
Inbuilt Thermal printer, External printer (Optional)
More than 130 Test memory
2. There should be facility to store Reagent Blank O.D. in the
memory.
QC Results
Patient Memory
3.
365 days QC data
600 patient results
Computer Interface
RS 232 serial port
Operating Condition
Temperature: 18-35 oC, Relative humidity 85%
Sign of bidder
Page 20 of 30
Tender Enquiry No. F.No 24/Eqpt/18/2013-RIS (Admin)
UPS should be provided for proper functioning
1. Instrument Company should be marketing and functioning since past 5 years
2. The manufacturer / supplier should have a full-fledged service force and installation base for
the quoted equipment.
3. The manufacturer should be able to supply kits against orders on time.
Technical Specifications of the Binocular Microscopes
BINOCULAR MICROSCOPE
Stand
Ergonomically designed rugged stand for long time comfortable usage
Illumination
Built-in transmitted illumination system with Koehler system.
6V 30W Tungsten halogen lamp. LED illumination if available may be
quoted optionally. Tilting mirror attachment should be included in the
main unit
Focusing
Stage movement in Z axis should be 15 mm to 20 mm stroke in coarse
movement and 2 to 2.5 μm stroke in fine focus graduation
Stage
Mechanical stage should have coaxial X and Y movement with the size
120 to 130 mm x 132 to 140 mm
Traveling range: 75mm (X) X 30mm (Y) with good quality ball-bearing
specimen holder
Observation Head
30° inclined ergonomic Binocular tube, siedentopf design, suitable for
eyepieces upto field of view 20mm. Inter Pupillary Distance range 4875 mm and eyepiece tubes can be swivelled either way for easy viewing
angle of the operator.
Condenser
Abbe type with iris diaphragm N.A.: 1.25
Objective Lens
Fully Plan Achromatic objectives (anti-fungus)
4 X N.A.: 0.10
10 X N.A.: 0.25
40 X N.A.: 0.65
100 X N.A.: 1.25
(with polarizing mirror attachment)
Eye Pieces
10 X anti-fungus / 18 mm Field of View (FOV)
Nose Piece
Quadruple Nose piece revolving
•
•
The microscopes should be complete with blue filter, power cord and dust cover.
A Demo piece of the quoted model should be submitted along with the bid for technical
evaluation. The bid submitted without the Demo piece will not be considered.
Warranty: Two years.
CAMC: Three years after the expiry of warranty period.
Sign of bidder
Page 21 of 30
Tender Enquiry No. F.No 24/Eqpt/18/2013-RIS (Admin)
Specifications for Autoclave
1. Should be CE certified of FDA approved product conforming to EN-285, EN-554, CE 93/42/EEC,
CE97/23 PID, TUV, Class IIa MDD ISO 13485:2003, ISO 9001:2000 certifications.
2. Should be a fully automatic Dual PLC micro processor based High pressure, high vacuum
autoclave for sterilizing hospital materials including agars, sterilization of solutions in open &
closed bottles, disinfection of materials and waste decontamination.
3. Should be front loading, have Rectangular, horizontal chamber with well insulated jacket,
Chamber Volume minimum 450 liters or more. Approx. Internal Chamber Dimension: 700 x 650
x 990 mm approx. (W x H x D)/ External Dimension: 1900 x 1300 x 1300 m approx. (W x H x D)
4. Should have single vertical sliding door to have a pass through system. Door should be
electrically controlled having fully automatic function with multiple safety arrangements.
Sealing system should be based on silicone seal.
5. Should have at least 50 mm thick insulation materials on jacket and in doors to ensure low
thermal losses. Working temp. of the door should be less than 45 deg. C.
6. Should be high grade Stainless steel construction inside and outside including all internal piping
and external panels. Chamber & Door Material: Stainless steel 316 L. Jacket Material: Stainless
steel 316 Titanium. All Steam Piping components and connection Stainless steel AISI 316L grade,
External Panel & Frames S.S. 304 grade.
7. Should have a built in Color touch screen of size minimum 8.2" user’s interface cum Display for
control & display of sterilization cycles, parameters values, clear text messages and alarm
history preview etc.
8. Should have audio visual alarms in case of undesired situation. All alarms should be with full
explanatory Text messages on the display.
9. Should have programmable Operators access level.
10. Should have at least 8 pre programmed standard cycles plus 5 or more user programmable
cycles and provision of Chip card port for loading of new programs through chip cards.
11. Should have temperature adjustable from 121 Deg. to 135 Deg C.
12. Safe Working pressure range should be from 15 to 32 PHI (1.1 bar – 2.2 bar)
13. Should have complete monitoring of cycle operation and provided with at least two pressure
sensors and two Temp. Sensors (PT-100 type) in addition to analog for chamber pressure, jacket
pressure and steam generator pressure indication.
14. The unit should be equipped with multiple safety mechanisms for Emergency Stop over.
Pressure safety valves for chamber and jacket, over temp safety, steam traps and electrical
safety.
Sign of bidder
Page 22 of 30
Tender Enquiry No. F.No 24/Eqpt/18/2013-RIS (Admin)
15. Should have maintenance menu for quick trouble shooting by touch screen display interface.
All service access should be preferably from the front for space saving.
16. Should have provision of getting Printout with positions of components in case of failure and
should have integrated schematic diagrams with indications of positions components and with
possibility to change positions of components by touch.
17. Should have possibility to view the schematic diagrams in service mode during running
process with observation of functions of components and progress of values.
18. Should have possibility of forced digital increase of pressure for testing of safety components
(function of control system, pressure switch, safety valve), Minimum 5 access levels:
unauthorized user, authorized user, administrator, service engineer, designer and possibility to
print the calibrations and other software settings in service mode.
19. The unit should include Non fade Built in thermo-recorder for step by step progress values
during the cycle with time and date and alarm condition if any.
20. Should have High efficiency Double water ring type Vacuum Pump.
21. All Valve Operation on warm pipes is Pneumatic type
22. Should have 0.02µm Hepa Filter for atmosphere air entry in the chamber.
23. Should be offered with in built electric steam generator made of Stainless Steel AISI 316l grade
or better. It should have automatic water level control function.
24. Should have built in feature of Water Saving System for water conservation.
25. Should be supplied complete with high quality stainless steel trolleys and sterilization baskets:
external trolley = 01 nos. Internal trolley with steel roller and shelves = 01 no. and 2 sets of
Sterilization baskets.
26. Should be offered complete with digital interface facility and software for remote supervision &
data storage with provision to enable user make modifications of already programmed
sterilization programs.
Installation should be on turn key basis following will be the terms and conditions:
a) Only water, electricity and drain outlet will be provided available by the department within the
room at a distance of maximum five meters from the location of installation. The supplier shall
be responsible for arranging rest of the things for installation and smooth functioning of the
equipment.
b) Following shall be provided by the supplier along with machine;
i.
Two sets of operating manual.
ii.
Two sets of circuit diagram.
iii.
Service manual.
Sign of bidder
Page 23 of 30
Tender Enquiry No. F.No 24/Eqpt/18/2013-RIS (Admin)
Warranty for 2 years including rubber parts and rates of Should be offered with at least two years
warranty including rubber parts.
SPECIFICATIONS FOR UNIVERSAL INCUBATOR
· Universal Incubator Temperature range up to 70oC.
· Heating elements are placed in ribs at the bottom and sides double walled.
· Inside stainless steel 304 quality.
· The door has synthetic rubber gasket. Outside mild steel painted in epoxy powder
coating with perforated adjustable shelves of Stainless steel.
· Two incubators and on/off switch. Fitted with air circulating fan and digital
temperature controller cum indicator inside size 605 x 605 x 910 mm For work on
230 Volts A.C.
Sign of bidder
Page 24 of 30
Tender Enquiry No. F.No 24/Eqpt/18/2013-RIS (Admin)
Specifications for BOD Incubator
Chamber Volume
:
250-280 liters
Temperature range
:
0° to 60° C
Temperature accuracy
:
+ 0.1° C
Digital timer
:
1 minute to 99hr 59 minutes
Refrigerator
:
1/6 Hp (HBP compressor)
Material
:
Internal – stainless steel (0.6t); External – Steel (0.8t power
coating)
Shelves
:
Stainless steel wire, electro polished and separable
Number of shelves
:
Three
Safety device
:
CLS (custom logical safe) – control system
Microprocessor PID control
Auto-tuning /Calibration with shell level adjusters
Digital LED display (0.1° C resolution) using touch sensitive key pads,
Forced air convection with an optimal cross flow type fan to maintain excellent temperature
uniformity inside the incubator and fan speed can be controlled in three steps
Optimized sample inspection through tempered inner glass door without affecting chamber
temperature
Over temperature limiter and door opening alarm, nine steps of temperature profiles
programmable, three different temperatures memorable.
Sign of bidder
Page 25 of 30
Tender Enquiry No. F.No 24/Eqpt/18/2013-RIS (Admin)
SPECIFICATIONS OF ANALYTICAL BALANCE
1. Capacity: 50-200 gm
2. Readability: 0.01 mg
3. Repeatability, (s): ± 0.01 mg
4. Lineraity: ± 0.02 mg
5. Stabilization time: 5-10 seconds
6. Operating temperature: 10-30oC
7. Fully automatic Internal – calibration with built in instrument should be there
8. Shouls be operable at 220 V, 50-60 Hz
9. Should be ISO certified
10. Warranty should be for minimum two years
11. AMC: Five years AMC after expiry of two years warranty
12. Literature: All the statements given in compliance statement should be supported with
printed literature published by Manufacturer
Specifications for Biological Safety Cabinet
1.
Microprocessor controlled Class-2 type A2 biological safety cabinet suitable for working
with microorganisms assigned to biological safety levels 1, 2 & 3, providing full
protection to personnel, specimens and environment.
2.
NSF International standard 49 / EN 12469 certified and tested. Certificate is to be
provided along with.
3.
HEPA H14/ULPA filters on inflow as well as exhaust with an efficacy of 99.999% for
equal or more than 0.3 µ size particles (DOP test Certificate to be produced).
4.
30% exhaust air via high performance exhaust filter and 70% air should be re-circulated.
5.
Dimensions of work chamber in the range of 1100-1300 mm (Length), 500-700 mm
(Width), 550-800 mm (Height).
6.
Main body made up of rust proof stainless steel single piece (sides and back wall).
7.
Safe and ergonomic design for movement in all directions in the chamber (Comfort for
users while working).
8.
Sliding front window, electrically operated, made up of safety (UV) glass, completely
tight sealed while closed for complete protection against contamination and fumigation.
9.
Independent fans for impulsion and exhaust.
10.
UV lamp with auto regulatory mechanism to work only when the front panel is fully
closed.
Sign of bidder
Page 26 of 30
Tender Enquiry No. F.No 24/Eqpt/18/2013-RIS (Admin)
11.
Display of the following parameters:
(i)
(ii)
Optical & acoustic notification of alarms.
1.
Low exhaust flow.
2.
Low down flow air velocity.
3.
Impulsion/exhaust fan malfunction.
Cabinet information (with digital display).
1.
Exhaust air flow in m3/hr.
2.
Laminar flow air velocity in m/sec.
3.
Elapsed hour meter for UV.
4.
Cabinet Temperature
12.
Stainless steel pan under working surface to allow safe collection of spilled fluid.
13.
Low noise level <65dBA
14.
Service ports with stopcock at both ends for gas.
15.
Minimum one electrical socket inside the chamber.
16.
Light intensity in the working chamber should not be less than 1000 Lux.
17.
Working aperture 200 - 220 mm.
18.
It should have an adjustable chair and a foot rest.
19.
Cabinet should be mounted on a compatible wheel trolley.
20.
Power supply of 220V, 50 Hz.
21.
One compatible UPS of the requisite KVA should be provided along with the each
cabinet for uninterrupted work for at least three hours as a backup.
Essential Accessories
22.
One inflow HEPA H14/ULPA filter and one exhaust HEPA H14/ULPA filter (Original
& compatible to the cabinet, DOP tested) should be supplied in addition by the firm with
each of the cabinets as spare accessories.
Other Terms
23.
Warranty of minimum two years from the date of successful installation.
24.
CAMC for five years after expiry of warranty.
25.
Installation should be on turn key basis.
26.
The price of spare HEPA H14/ULPA filters should also be quoted separately and should
be frozen for the next five years.
27.
The DOP test certificate is to be provided along with.
Sign of bidder
Page 27 of 30
Tender Enquiry No. F.No 24/Eqpt/18/2013-RIS (Admin)
TECHNICAL SPECIFICATIONS OF LAMINAR FLOW
1. System should have dimensions atleast 1050x775x1325(WxDxH) external and
890x630x630(WxDxH) internal dimensions.
2. System should have one HEPA filter with 99.999% efficiency for particles >0.3 µm.
3. HEPA filter should have H14 Class according to EN 1822.
4. System should have a prefilter for >0.5µm with 85% efficiency.
5. Pre filter should have G4 Class according to EN779.
6. System should have Illumination level >800 lux.
7. Noise level should be <55dba.
8. Working chamber should be made from AISI 304 stainless steel.
9. External and internal structure should be made from 2.00mm electrostatically painted
steel.
10. System should have microprocessor control system with Digital display.
11. System should have Hour Counter up to 100.00 Hours.
12. System should have automatic Air flow speed control.
13. System should have 0.4m/sec.Flow velocity.
14. System should have 2100 m³/h capacity high quantity Blower with double suction.
15. System should have 2 pieces, covered and fuse protected Electrical outlet of the 16 an
inside the chamber.
16. System should have option for Gas Valve, and Vacuum valve.
17. Power consumption not more than 440 Watt.
18. Warranty for 2 years for the instruments after installation.
CAMC for five years after expiry of two yrs warranty period
Technical Specifications for ELISA Reader
Range of working wavelength should be from 400nm to 700nm.
It should have 4 filters: 405nm, 450nm, 492nm, 630nm
for reading 24, 48 or 96-well plates
·
Speed: 30 seconds for 96 wells
·
Absorbance range: 0.000-3000 Abs
·
Resolution: 0.001 Abs
·
Accuracy: +/-1% +/- 0.0010 Abs from 0 to 2.000 Abs
·
Linearity: +/-1% from 0 to 2.000 Abs, +/-3% from 2.000 to 3.000 Abs
·
Repeatability: +/- 0,5% +/- 0.005 Abs from 0 to 2.000 Abs
Sign of bidder
Page 28 of 30
Tender Enquiry No. F.No 24/Eqpt/18/2013-RIS (Admin)
Stability:
Detection modes:
Display:
Print:
240x128 pixels LCD screen;
external printer;
Data Link:
Dimensions:
Net Weight:
Gross Weight:
·
single wavelength or dual wavelengths;
RS232 serial port;
420x290x180mm:
10Kg.
14Kg.
Extensive curve fitting: linear, cubic, quadratic, 4-P, log-logit, cubic-spline, point to point
- Auto or manual plate layout for blanks, controls, standards and samples
- Control and assay validation
- Transformation and Formula Applications
- Cut-off and Call Criteria
- Up to 75 assay programmed memory which can be recalled instantly
- Up to 8 microplates test results saved in the readers's memory
- Panel assay capable
- Store 25 standard curves
Printer: HPTM or EPSONTM compatible printer
Specifications for ELISA Washer
·
1 .Should have 8 channel or 12 channel interchangeable co-axial wash heads.
2. Should have inbuilt vacuum pump with auto shut off mode.
·
3. Should have Programmable cards for washes, Soak times volume and pause
time.
·
4. Should have fully automated microplate washer for rapid and effective
washing of all types of ELSA Flat, U or V bottom plates and coated assays.
·
5. Residual volume should be less than 5µl/well.
·
6. Precision should be 5%.
·
7. Operating cycle should be continuous.
·
8. Volume of waste bottle should be minimum of 2 litres each.
·
9. Warranty should be 2 years for the whole unit.
·
10. Post warranty CAMC should be 5 years.
·
11.Original literature should be supplied along with quotation.
Sign of bidder
Page 29 of 30
Tender Enquiry No. F.No 24/Eqpt/18/2013-RIS (Admin)
SPECIFICATIONS FOR IMPORTED UPRIGHT FREEZER (-20oC)
1. It should have a capacity more than 450 ltrs.
2. The dimensions should be around 600 x 600 x 1300
3. It should have insulated inner doors to minimized air loss
4. It should be well insulated with 130 mm non CFC, foamed in place polyurethane
5. It should be Hermetically sealed cooling system with durable compressors
6. It should have easy to clean condenser filter
7. It should have pressure equalization port to allow easy to access to cabinet after door
closer.
8. It should have heated door seals (hot gas) to prevent ice build up
9. It should give refrigeration 1 x ½ HP
10. It should have a minimum of voice level not exceeding ± 50 dBa
11. It should have minimum of 15 (2 “) cryo boxes per rack
12. It should have minimum of 10 (3 “) cryo boxes per rack
13. It should be able to run at 220 Volts and 60 Hz
14. It should be ISO and CE certified
Ø High Speed centrifuge
·
·
·
·
·
·
·
·
·
Fixed angle rotor head, rotor speed upto 15,000 rpm.
Digital-electronic speed control system.
Clossed lid operation.
Short acceleration and deceleration.
Digital display of speed, RCF, running time and temperature with quick key for short and
continuous run.
Timer of 99 minutes.
Working condition 4oCto 60 oC.
Shock and chemical reisistant.
At least two years warranty period with 5 years CAMC after warranty period
Sign of bidder
Page 30 of 30
Tender Enquiry No. F.No 24/Eqpt/18/2013-RIS (Admin)
ANNEXURE– II
MANUFACTURER’s / PRINCIPAL’s AUTHORIZATION FORM
(Clause 12 (c) of the tender)
To
The Administrative Officer,
All India Institute of Medical Sciences
Rishikesh
Dear Sir,
TENDER:
______________________________________________________.
we, ______________________________________, who are established
and reputable manufacturers of ________________, having factories at
__________________ and____________________, hereby authorize
Messrs. _______________________ (name and address of agents) to bid,
negotiate and conclude the contract with you against Tender
No.__________________ for the above goods manufactured by us. No
company
or
firm
or
individual
other
than
Messrs.
_________________________ are authorized to bid, negotiate and
conclude the contract in regard to this business against this specific tender.
We hereby extend our full guarantee and warranty as per the conditions of
tender for the goods offered for supply against this tender by the above
firm.
The authorization is valid up to __________________________________
Yours faithfully,
(Name)
For and on behalf of Messrs. ______________
(Name of manufacturers)/Principal.
Sign of bidder